MODIFICATION
Y -- Army Cyber Command Headquarters (ARCYBER HQ) Command and Control Facility with Cyber Protection Team Operations Facility, Fort Gordon, GA
- Notice Date
- 2/9/2016
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-16-B-0002
- Point of Contact
- Andrew K. Page, Phone: 912-652-5900
- E-Mail Address
-
andrew.k.page@usace.army.mil
(andrew.k.page@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue an Invitation for Bid (IFB) W912HN-16-B-0002 for the construction of the Army Cyber Command Headquarters (ARCYBER HQ) Command and Control Facility with Cyber Protection Team Operations Facility, located at Fort Gordon, GA. This IFB will be issued utilizing the Two-Step Sealed Bidding process outlined in FAR Subpart 14.5. Note: Due to funding constraints, the Project Numbers described below are anticipated to be awarded in two separate Fiscal Years (FY). The FY16 building and its components will serve as the Base, while the FY17 building and its components will make up the Option. Below are the anticipated Scopes of Work. PN 85811: Construct a Command and Control Facility (C2F). The project is a non-standard C2F to accommodate the Army CYBER (ARCYBER) Command/Joint Forces Headquarters. The entire facility is to be constructed to Sensitive Compartmented Information Facility (SCIF) standards. Project includes an administrative area divided into specified security zones and various operations areas. Construction includes redundant mechanical and electrical systems with generator and uninterruptible power supply (UPS) backup power to critical areas, secure organizational vehicle parking, loading/service areas, information systems, fire detection, protection and alarm systems, Intrusion Detection System (IDS) installation and Closed Circuit TV (CCTV) installation, and Energy Monitoring Control Systems (EMCS) connection. Facilities are designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Sustainability and energy enhancement measures are included. Supporting facilities include site development, utilities and connections, lighting, paving, POV parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by expanding the capacity and connecting to the existing energy plant. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Access for individuals with disabilities will be provided. LEED-NC Silver certification is required. PN 85818: Construct a Command and Control Facility (C2F). The project is a non-standard C2F to be constructed using Sensitive Compartmented Information Facility (SCIF) standards. Project includes an administrative area that includes special use space for a SCIF. Construction includes redundant mechanical and electrical systems with generator and uninterruptible power supply (UPS) backup power to critical areas, secure organizational vehicle parking, information systems, fire detection, protection and alarm systems, Intrusion Detection System (IDS) and Closed Circuit TV (CCTV) installation, and Energy Monitoring Control Systems (EMCS) connection. Facilities are designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Sustainability and energy enhancement measures are included. Project includes a food service/café and a physical fitness area. Supporting facilities include site development, utilities and connections, lighting, paving, POV parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by expanding the capacity and connection to the existing energy plant. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Access for individuals with disabilities will be provided. LEED-NC Silver certification is required. The subsequent Contract will result in a C-Type design-bid-build contract with a base bid award and options. The anticipated Period of Performance is 720 calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, with size standard of $36,500,000. TYPE OF SET-ASIDE: This acquisition will be a Full & Open competitive procurement (Unrestricted). CONSTRUCTION MAGNITUDE: In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $100,000,000 and $250,000,000. SELECTION PROCESS: This acquisition will be procured utilizing the Two-Step Sealed Bidding method described in FAR Subpart 14.5. The anticipated selection process is as follows: In Step 1, Offerors will be evaluated on Corporate Relevant Specialized Experience and Past Performance. Projects submitted for this Step will need to demonstrate characteristics such as a contract value of no less than $80M (3 projects), contain a Sensitive Compartmentalized Information Facility (SCIF) (1 project), and constructed on a Department of Defense property/installation or other Federal Government location that required all of the following: controlled access to the property/installation, background checks/clearances by the Government of contractor and subcontractor personnel, and controlled access to a secured construction site (1 project). Additionally, each Offeror will be required to submit a Statement of Affiliation (SOA) form, which will be provided as part of the solicitation-Offerors determined by the Government to have unacceptable foreign interests shall not be eligible for award. All Offerors who meet the requirements of Step 1 will be invited to participate in Step 2. In Step 2, Offerors will be given access to specifications and drawings necessary to provide their Bid price. The Government will order the bids by price (Base plus all Options), from lowest to highest, and evaluate the bids in that order until it reaches the first responsive and responsible Offeror. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the Step 1 solicitation on or about 12 February 2016 and approximate closing date for Step 1 is on or about 14 March 2016. The approximate issue date for the Step 2 solicitation is on or about 13 May 2016 and the approximate closing date for Step 2 is on or about 27 June 2016. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist Andrew K. Page at andrew.k.page@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-16-B-0002/listing.html)
- Place of Performance
- Address: Fort Gordon, Georgia, United States
- Record
- SN04015956-W 20160211/160210043233-101c794b4c89e8c7f77279abdb1e444f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |